National Park Service Awards $405K for Jean Lafitte Park Trailer Design Services

Contract Overview

Contract Amount: $405,201 ($405.2K)

Contractor: Croft and Associates, Inc.

Awarding Agency: Department of the Interior

Start Date: 2025-02-12

End Date: 2026-11-30

Contract Duration: 656 days

Daily Burn Rate: $618/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: JELA 325249 - REPLACE JONES POINT TRAILER, JEAN LAFITTE NATIONAL HISTORICAL PARK AND PRESERVE DESIGN SERVICES FOR DESIGN DEVELOPMENT (DD) AND CONSTRUCTION DOCUMENTS (CD)

Place of Performance

Location: DENVER, JEFFERSON County, COLORADO, 80225

State: Colorado Government Spending

Plain-Language Summary

Department of the Interior obligated $405,201.08 to CROFT AND ASSOCIATES, INC. for work described as: JELA 325249 - REPLACE JONES POINT TRAILER, JEAN LAFITTE NATIONAL HISTORICAL PARK AND PRESERVE DESIGN SERVICES FOR DESIGN DEVELOPMENT (DD) AND CONSTRUCTION DOCUMENTS (CD) Key points: 1. Contract awarded to Croft and Associates, Inc. for architectural services. 2. Project involves design development and construction documents for a trailer replacement. 3. Full and open competition was conducted after excluding sources. 4. The contract duration is 656 days, ending in November 2026. 5. This is a firm-fixed-price contract.

Value Assessment

Rating: good

The contract value of $405,201.08 appears reasonable for architectural design services for a park facility. Benchmarking against similar NPS design contracts would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition after exclusion of sources, indicating a competitive process. This method generally promotes price discovery and fair market value.

Taxpayer Impact: Taxpayer funds are being used for essential park infrastructure improvements, ensuring the continued operation and maintenance of the Jean Lafitte National Historical Park and Preserve.

Public Impact

Enhances visitor facilities at Jean Lafitte National Historical Park and Preserve. Supports the preservation and modernization of park infrastructure. Ensures functional and safe working environments for park staff.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Positive Signals

Sector Analysis

This contract falls under architectural services, a common procurement category for federal agencies managing physical infrastructure. Spending in this sector is driven by maintenance, upgrades, and new construction needs.

Small Business Impact

The contract was not set aside for small businesses, and the awardee, Croft and Associates, Inc., is not identified as a small business in the provided data. Further investigation would be needed to confirm.

Oversight & Accountability

The National Park Service, a division of the Department of the Interior, is responsible for overseeing this contract. Standard procurement regulations and oversight mechanisms should apply.

Related Government Programs

Risk Flags

Tags

architectural-services, department-of-the-interior, co, delivery-order, 100k-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $405,201.08 to CROFT AND ASSOCIATES, INC.. JELA 325249 - REPLACE JONES POINT TRAILER, JEAN LAFITTE NATIONAL HISTORICAL PARK AND PRESERVE DESIGN SERVICES FOR DESIGN DEVELOPMENT (DD) AND CONSTRUCTION DOCUMENTS (CD)

Who is the contractor on this award?

The obligated recipient is CROFT AND ASSOCIATES, INC..

Which agency awarded this contract?

Awarding agency: Department of the Interior (National Park Service).

What is the total obligated amount?

The obligated amount is $405,201.08.

What is the period of performance?

Start: 2025-02-12. End: 2026-11-30.

What specific design challenges or requirements are associated with the Jones Point Trailer replacement at Jean Lafitte National Historical Park?

The specific design challenges are not detailed in the provided data. However, typical considerations for park facilities include environmental resilience, accessibility standards, integration with the natural landscape, and durability in a potentially harsh climate. The design documents will likely address these factors to ensure the new trailer meets operational needs and park standards.

How does the cost of this architectural service compare to similar projects within the National Park Service or other federal agencies?

Without access to a database of comparable federal architectural service contracts, a precise cost comparison is difficult. However, the $405,201.08 award for design development and construction documents for a trailer replacement appears within a reasonable range for specialized services. Factors like location, complexity, and specific site conditions heavily influence pricing.

What is the long-term value proposition of replacing the Jones Point Trailer for the Jean Lafitte National Historical Park and Preserve?

Replacing the trailer is crucial for maintaining operational efficiency and providing adequate facilities for park staff and potentially visitors. A modern, well-designed structure can improve working conditions, enhance resource management capabilities, and ensure the long-term functionality of essential park services, thereby supporting the overall mission of the National Park Service.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesArchitectural, Engineering, and Related ServicesArchitectural Services

Product/Service Code: ARCHITECT/ENGINEER SERVICESARCH-ENG SVCS - GENERAL

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3400 BLUE SPRINGS RD NW STE 200, KENNESAW, GA, 30144

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $405,201

Exercised Options: $405,201

Current Obligation: $405,201

Actual Outlays: $261,597

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 140P2022D0011

IDV Type: IDC

Timeline

Start Date: 2025-02-12

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-04-09

More Contracts from Croft and Associates, Inc.

View all Croft and Associates, Inc. federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending